Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2007 FBO #2064
SOLICITATION NOTICE

A -- 18650 REDESIGN FOR THE EMU LIB

Notice Date
7/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
335912 — Primary Battery Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ07209800Q
 
Response Due
7/27/2007
 
Archive Date
7/20/2008
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Proposal/ Quotations for an 18650 redesign for the Extravehicular Mobility Unit (EMU) Lithium Ion Battery (LIB). Please see the attached Proposal Instructions and Statement of Work for more details. The Statement of Work can be viewed at: http://procurement.jsc.nasa.gov/NNJ07209800Q/SOW_for_Alternate_Cell_Lot_for_EMU_draft2.do c The Proposal Instructions can be viewed at: http://procurement.jsc.nasa.gov/NNJ07209800Q/Proposal_Instructions_for_Alternate_Cell_SOW .doc Technical questions should be sent to the technical point of contact, Eric Darcy. The provisions and clauses in the RFP are those in effect through FAC 05-17 All responsible sources may submit an offer which shall be considered by the agency. Completion of work is required from 6 weeks after contract start. Delivery to NASA-JSC is required within 10 months of ARO. Delivery shall be FOB Origin. The DPAS rating for this procurement is DO-C9 Offers for the items(s) described above are due by 1:30 local time on July 27, 2007 to Michael Duckworth, 2101 Nasa Parkway, Houston, TX 77058 and must include, solicitation number, FOB origin to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable, and are as follows: FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755). FAR 52.222-19, Child Labor?Cooperation with Authorities and Remedies (June 2004) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999). FAR 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). FAR 52.225-13, Restrictions on Certain Foreign Purchases (MAR 2005) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.225-16, Sanctioned European Union Country Services (Feb 2000) (E.O. 12849). FAR 52.232-34, Payment by Electronic Funds Transfer?Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual questions must be in writing (e-mail or fax) to Michael Duckworth not later than July 25, 2007. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements including maintenance and company resources shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Technical Point of Contact: Name: Eric Darcy Title: Tech POC Phone: 281-483-9055 Fax: E-mail: eric.c.darcy@nasa.gov
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#125868)
 
Record
SN01348550-W 20070722/070720225019 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.